Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2008 FBO #2376
SOLICITATION NOTICE

R -- Advisory Multi-Step Modification for the BOSS-R Requirement

Notice Date
5/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-08-R-0033
 
Response Due
6/6/2008
 
Archive Date
8/5/2008
 
Point of Contact
William L. Giles, 703-325-5770
 
Small Business Set-Aside
Total Small Business
 
Description
Advisory Multi-STep Notification (Incorporation and consolidation of Changes) Request for Corporate Qualifications 1. Description This Advisory Multi-Step (AMS) requests corporate qualifications from offerors responding to the Biometrics Operations and Support Services-Restricted (BOSS-R) acquisition, Request for Proposal (RFP) W91QUZ-08-R-0033. This pre-solicitation notice requests information from prospective offerors allowing the BTF/ITEC4 evaluation team to determine the likelihood of each respondents ability to provide the services and supplies needed to fulfill the BTFs BOSS-R requirements. Based on an evaluation of each prospective offerors response to this notice, the firm will be notified as to whether they are considered a viable competitor for the BOSS-R contract. Notification of a prospective offerors non viability is advisory, and offerors so notified can submit proposals to the RFP should they elect to do so. The authority and basis for conducting the Advisory Multi-Step process is contained in Federal Acquisition Regulation (FAR) 15.202. The FAR describes the process as follows: 15.202 Advisory Multi-Step Process. (a) The agency may publish a pre-solicitation notice (see 5.204) that provides a general description of the scope or purpose of the acquisition and invites potential offerors to submit information that allows the Government to advise the offerors about their potential to be viable competitors. The pre-solicitation notice should identify the information that must be submitted and the criteria that will be used in making the initial evaluation. Information sought may be limited to a statement of qualifications and other appropriate information (e.g., proposed technical concept, past performance, and limited pricing information). At a minimum, the notice shall contain sufficient information to permit a potential offeror to make an informed decision about whether to participate in the acquisition. This process should not be used for multi-step acquisitions where it would result in offerors being required to submit identical information in response to the notice and in response to the initial step of the acquisition. (b) The agency shall evaluate all responses in accordance with the criteria stated in the notice, and shall advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The agency shall advise respondents considered not to be viable competitors of the general basis for that opinion. The agency shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. 2. Introduction The Biometrics Task Force (BTF), in coordination with the Information Technology, E-Commerce, and Commercial Contracting Center (ITEC4), is seeking qualified offerors to support the DoD Biometrics Program. The Army is seeking offerors who are willing to partner with the Army to meet its mission. The Biometrics Task Force (BTF), as per DoD Directive 8521 01E serves to act as the DoD proponent for biometrics, providing biometrics research, technology, and information management support to the Chairman of the Joint Chiefs of Staff, the Combatant Commanders, the Military Services, the Defense Agencies, and other DoD Field Activities, as required. As such it: 1) Provides for the standardization of biometric data formats, technical interfaces, conformance methodologies, performance evaluations, and other related areas to permit interoperability, both internal and external to the DoD. 2) Develops and maintain the policy, processes, and procedures for the collection, processing, transmission, archiving, caching, and tagging of biometrics data and associated intelligence. 3) Develops the DoD Biometrics vision and strategy, in concert with the Military Services, Joint Staff, and Office of the Secretary of Defense. 4) Provides a means for unified acquisition and procurement of common biometrics systems and equipment. 5) Administers the DoDs Biometrics governance structure to enable the development and execution of common requirements, standards, architectures, and research and development initiatives to support common and joint requirements. 6) Manages authoritative DoD repositories of biometrics samples and acts as a hub for biometrics data sharing, to include providing for continuity of operations and disaster recovery in accordance with ASD(NII/CIO). 7) Coordinates all Biometrics program activities with identity protection and stakeholder organizations to ensure consistency with DoD identity management principles, directives, and vision. 8) Conducts Biometrics Science and Technology, research and engineering for DoD, and other US Government sponsors in support of the DoD S&T roadmap. 9) Designs, builds, fields, and sustains Biometrics solutions both in CONUS and OCONUS facilities. The BOSS-R acquisition will be conducted under Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation. Performance-based contracting (as described in FAR Part 37.6) is the preferred method for acquiring services. The DoD intends to issue multiple awards, for a performance-based, Indefinite Delivery/Indefinite Quantity contract. The resulting contract has an estimated value of $124 million, and will have a three year base period with two one-year options. The North American Industry Classification System (NAICS) code for the BOSS-R acquisition is 541611 (Administrative and General Management) under Sector 54 - Professional, Scientific and Technical Services, with a small business size standard of $6,500,000.00. The offeror will be required to support up to TOP SECRET security clearance. 3. BOSS-R Scope The scope of this acquisition has been defined in broad terms to support the expansive mission of the Biometrics requirement, but with sufficient detail to allow vendors to ascertain BTF Biometrics program requirements. The Contractor shall provide the full range of biometrics services, technical and management expertise, and solution-related enabling products the functional categories to meet the mission needs of the BTF. The Contractors shall furnish the necessary personnel, materials, equipment, facilities, travel, and other services required to satisfy the ordered biometric capabilities and solutions. While the requirement identifies three functional categories, the suite of resulting contracts is intended to satisfy the full range of biometric related requirements. With the pace of change it is impossible to anticipate how biometric requirements and individual programs will evolve over the life of the contracts. It is intended that the BOSS-R contract remains current and continues to provide the full range of biometrics capabilities/solutions and emerging technologies throughout its life. The Contractor shall provide solutions for one or more of the following functional categories. Functional Categories The Contractor shall furnish the full range of solutions and services necessary to meet requirements of the contract as related to the functional categories described below. All solutions and services must meet BTF, DoD and commercial policies, standards, and procedures. Functional Category 1 Management Support Services The Contractor shall provide, as ordered, the full range of business and technical management services needed to support on-going program management and supporting technical activities. These services encompass but are not limited to * Acquisition Management Support * Liaison Services * PMO support * Policy, Procedure, Guideline, Directive and Standards Development * Communications Management Functional Category 2 Independent Validation and Verification The Contractor shall provide the full range of independent test, validation, verification, and evaluation solutions to ensure that all biometric products and services meet BTF standards, and are performing to defined design, cost, schedule, and performance specifications/capabilities. The Contractor shall provide best practices, technologies, tools, and support to quality and operational assessments, to integration testing, and to system test and evaluation, including security certification and accreditation, for biometric systems. The Contractor shall also provide independent verification and validation through the monitoring and evaluation of projects via activities including, but not limited to, project assessments, process and procedure audits, project and performance management, and systems analysis and design. Functional Category 3 Technology Management The Contractor shall provide expertise to support the integration of proven newer biometric technologies into current DoD applications and to support the upgrading of existing application to meet current industry standards. The Contractor shall test biometric products against documented performance criteria. They will conduct an independent testing program, creating a Qualified Products List (QPL) that will certify biometric products suitable for security and access control and other security purposes. Other testing services will be provided to satisfy specific agency requirements and will be tailored for those purposes. The Contractor will support the analysis for future acquisition needs and provide technology forecasts involving technology development based on the DoDs future deployment strategies. This will involve the creation of technology prototypes for technology demonstration projects. The Contractor will provide the necessary strategy development for the ongoing forward planning for the integration of new technologies, concepts and organizations in support of the DoD biometric deployment strategy, implementation, integration, and software application maintenance. 4. Advisory Multi-Step The AMS is being conducted to allow potential offerors to submit qualifying documentation demonstrating their corporate qualifications that will allow the Government to advise them about their potential to be viable competitors for a specific acquisition. The AMS process is accomplished at minimal cost to the vendors and government by asking the vendors to submit limited information that focuses on the vendors Corporate Capability and Experience. The Government will evaluate all responses in accordance with the published criteria, and advise each offeror in writing whether they will be invited to participate in the resultant acquisition or, based on the information submitted, they are unlikely to be a viable competitor (including a general basis for that opinion). Notwithstanding the advice provided by the government, offerors identified as unlikely to be viable competitors may still participate in the resultant acquisition, as long as they recognize the inherent risks of doing so. 5. Submission Instructions 5.1 Offeror Questions The Contracting Officer for this acquisition is William L. Giles, 703-325-5770, william.L.giles@us.army.mil. Please contact the above for any questions pertaining to this corporate capability request. 5.2 Format for Submissions Potential offerors are requested to provide the information outlined below. Information beyond that requested is neither desired, nor will it be considered in the assessment. All page limitations are based on single sided pages, 8 X 11 inch paper, single spaced, Arial or Times New Roman typeface no smaller than 12-point (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends), 1 margins. Costly, complex presentations are neither required nor desired. Offerors will not be reimbursed for the cost of preparation of response to this AMS notice. 5.2.1 Submission Date, Time and Location Electronic submissions shall be received no later than 4:00 p.m. EST on 6 June 2008 at the following email address william.L.giles@us.army.mil. 5.3 Content Requirements All submissions must include the information described in Sections 5.3.1 and 5.3.3. The response must be sufficient to permit an assessment of all criteria. 5.3.1 Corporate Capability Provide a three-page corporate capability statement discussing why your company is well qualified to perform on the BOSS-R acquisition to include topics such as: organizational structure (to include company size, facility security level); management philosophy (to include methodology for employee recruitment, training, and retention); team management; and geographical scope. Indicate business classification (i.e., Small Business, 8(a), Woman-Owned Small Business). Does Company have facilities that could support provision of services in Washington Capital Area and Clarksburg, WV. Does offeror posses NAICS Code 541611? 5.3.2 Experience The respondent shall identify contracts on which it has at least 12 months experience during the past three years. The functional categories as provided in paragraph 3.0 must be addressed in the discussion of Experience. Not all functional categories need to be addressed by a single contract. Each contract identified shall have at least a $500,000 annual dollar value (includes equipment and services). The contracts identified shall demonstrate the offerors performance, or responsibility for performance, of the functional categories (as further defined by the sub-functional categories) as stated in para 3.0 of this document. a) For each identified contract, provide the following (this information may be provided in table format): PLEASE ENSURE THAT ALL INFORMATION IS PROVIDED. * Contract number * Contract name * Contract type * Contract Period of performance * Performance based (Y or N) * Contracting Vehicle (i.e. ITES, GSA) * Customer Agency (i.e.. Army, other DoD, other Federal Agency (i.e. DHS, FAA) * Total dollar value of contract, to include Team members were responsible for; to include equipment and services * Annual dollar value of equipment and services for each year * Status on contract (prime or subcontractor) * Geographic scope * Summary of the contract (include depth and breadth of the work performed to include type of services performed under each functional category as listed in para 3.0.) * Customer Points of Contact. (i.e. the program/project manager, contracting officer and a major end-user). Name, phone number, and e-mail address. b) Page limit for Experience is not to exceed ten pages. 5.3.3 Company to Company Agreements Use of Contractor Personnel in Support of the Advisory Multi-Step Evaluation The Government may utilize Contractor employees in the Advisory Multi-Step Evaluation Process. They may have access to respondents-provided proprietary information provided in the Corporate Qualification submission. Respondents are required to enter into company-to-company agreements with the support Contractors, as provided in FAR 9.505-4(b), in accordance with which the support Contractors agree to protect the respondents proprietary information from unauthorized use or disclosure for as long as it remains proprietary, and to refrain from using the information for any purpose other than that for which it was furnished. Although the Government is not a party to these agreements between the companies, respondents must provide copies of such agreements to the Contracting Officer. The following Contractors will provide support for the evaluation: Name of Company: Cogent Solutions POC: Glen Adams Company Address: 321 Wallace Street, Suite 2 Fredericksburg, VA 22401 Phone: (540) 372-7707 GAdams711@Cogent-2000.com Name of Company: Engineering, Management & Integration Inc. (EM&I) POC: James Fitzwilliam Company Address: 455 Spring Park Place, Suite 350 Herndon, VA 20170 Phone: (703)742-0585 james.fitzwilliam@em-i.com Name of Company: RTEC SERVICES LLC POC: Barbara Romiti Company Address: 8775 Centre Park Drive, #427 Columbia, MD 21045 Phone: 410-480-9830 Offerors shall submit a copy of each signed non-disclosure to the Contracting Officer with the Advisory Multi-Step submission. Support Contractors are prohibited from participation in this acquisition, as an Offeror, or team member or subcontractor to an Offeror, including participation in the resulting contract as a subcontractor or team member. 6. Evaluation of the AMS CQP The Government will evaluate viability based on an assessment of Corporate Capability and the extent of Experience in the functional categories. 7. Viability Notification It is the Governments intent to provide advice to each respondent by letter whether or not considered to be a viable competitor. Viability notifications will be sent to respondents within in advance of release of RFP.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad6f751718c259b672709ce18b459b7b&tab=core&_cview=1)
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
 
Record
SN01580976-W 20080529/080527215508-ad6f751718c259b672709ce18b459b7b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.